Shaw Consulting Ltd: FIXED LINE, MOBILE VOICE & DATA ITT & SPECIFICATION OF REQUIREMENTS

  Shaw Consulting Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: FIXED LINE, MOBILE VOICE & DATA ITT & SPECIFICATION OF REQUIREMENTS
Notice type: Contract Notice
Authority: Shaw Consulting Ltd
Nature of contract: Services
Procedure: Open
Short Description: The contract is to replace the current fixed line (ISDN 30, ISDN 2 & PSTN) Telephony (LOT 1) & Mobile Voice & Data contract (LOT 2) or find a supplier who can provide all requirements (LOT3)
Published: 25/04/2016 15:54
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Leeds: Telecommunications equipment and supplies.
Section I: Contracting Authority
      I.1) Name and addresses
             Yorkshire Housing Ltd
             Dysons Chambers, 12-14 Briggate, Leeds, LS1 6ER, United Kingdom
             Tel. +44 7722067596, Email: chris.shaw@shawc.co.uk
             Contact: Mr Chris Shaw
             Main Address: https://www.yorkshirehousing.co.uk/
             NUTS Code: UKE42
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Telecommunications-equipment-and-supplies./WSBP4FJNUG
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Regional or local agency/office
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: FIXED LINE, MOBILE VOICE & DATA ITT & SPECIFICATION OF REQUIREMENTS       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      32500000 - Telecommunications equipment and supplies.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The contract is to replace the current fixed line (ISDN 30, ISDN 2 & PSTN) Telephony (LOT 1) & Mobile Voice & Data contract (LOT 2) or find a supplier who can provide all requirements (LOT3)       
      II.1.5) Estimated total value:
      Value excluding VAT: 3,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: One lot only
      Maximum number of lots that may be awarded to one tenderer: 1
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: LOTs 1 and 2, known as LOT 3 in the ITT

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Mobile Voice & Data       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      64212000 - Mobile-telephone services.
      
      II.2.3) Place of performance:
      UKE42 Leeds
      
      II.2.4) Description of procurement: The requirements for LOT 1 encompass all the following requirements:

- The Mobile the contract should provide a shared pool of data. Note: Alternatives or a combination of options will be considered. This contract needs to include free calls and SMS between all Yorkshire Housing mobile devices, Yorkshire Housing DDIs and NGNs.
- All Yorkshire Housing provided mobile phones should be provided with unlimited calls and texts.
- Full transition management from our current services to your proposed solution.
- As part of the transition, the selected supplier will need to ensure that all the current Mobile Devices are upgraded to the latest operating system version for that device.
- The provision of a mobile device catalogue price list which must include Windows Mobile devices.
- As part of Yorkshire Housing’s Modern Workspace all staff will be provided with at least an entry level smart phone.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 1,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract will be subject to price reviews and breakpoints every 2 years. The maximum term of the contract, including renewals is 8 years.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Fixed Line Telephony       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      32500000 - Telecommunications equipment and supplies.
      
      II.2.3) Place of performance:
      UKE42 Leeds
      
      II.2.4) Description of procurement: The requirements for LOT 2 encompass all the following requirements:

- The management and support of the existing fixed lines, which includes PSTN, ISDN2E & ISDN 30. Note: If the current costs can be reduced, then the possible replacement of our current ISDN services with an alternative solution e.g. resilient SIP service would be considered.
- Transition and then ongoing support and management of our current Non Geographic Number’s (NGN’s).
- Transition and then ongoing support and management of our current DDI numbers.
- For all the fixed line telephony services that use the PSTN, ISDN and (if offered) SIP free calls to all Yorkshire Housing mobiles, Yorkshire Housing landlines and Yorkshire Housing NGN’s.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 1,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract will be subject to price reviews and contract breaks every 2 years. The full term of the contract, including renewals is 8 years.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Mobile Voice, Data and Fixed Line Telephony       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      32500000 - Telecommunications equipment and supplies.
      
      II.2.3) Place of performance:
      UKE42 Leeds
      
      II.2.4) Description of procurement: The requirements for LOT 3 encompass all the following requirements:

- The Mobile the contract should provide a shared pool of data. Note: Alternatives or a combination of options will be considered. This contract needs to include free calls and SMS between all Yorkshire Housing mobile devices, Yorkshire Housing DDIs and NGNs.
- All Yorkshire Housing provided mobile phones should be provided with unlimited calls and texts.
- Full transition management from our current services to your proposed solution.
- As part of the transition, the selected supplier will need to ensure that all the current Mobile Devices are upgraded to the latest operating system version for that device.
- The provision of a mobile device catalogue price list which must include Windows Mobile devices.
- As part of Yorkshire Housing’s Modern Workspace all staff will be provided with at least an entry level smart phone.
- The management and support of the existing fixed lines, which includes PSTN, ISDN2E & ISDN 30. Note: If the current costs can be reduced, then the possible replacement of our current ISDN services with an alternative solution e.g. resilient SIP service would be considered.
- Transition and then ongoing support and management of our current Non Geographic Number’s (NGN’s).
- Transition and then ongoing support and management of our current DDI numbers.
- For all the fixed line telephony services that use the PSTN, ISDN and (if offered) SIP free calls to all Yorkshire Housing mobiles, Yorkshire Housing landlines and Yorkshire Housing NGN’s.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 3,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract will be subject to both price reviews and break clauses every 2 years. The contract is for a maximum of 8 years.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 31/05/2016 Time: 17:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 01/06/2016
         Time: 09:00
         Place:
         Yorkshire Housing's Head Office in Leeds
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Telecommunications-equipment-and-supplies./WSBP4FJNUG

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/WSBP4FJNUG
   VI.4) Procedures for review
   VI.4.1) Review body:
             Yorkshire Housing Limited
       Leeds, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 25/04/2016

Annex A


View any Notice Addenda

View Award Notice